Contract notice - utilities

Information

Published

Date of dispatch of this notice: 18/10/2017

Expire date: 20/11/2017

External Reference: 2017-168667

TED Reference: 2017/S 202-416849

Contract notice - utilities

Cached Version

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Iarnrod Eireann-Irish Rail
N/A
Procurement Dept, Engineering & New Works Building,
Dublin 8
Inchicore
IE
Contact person: Martin Egan
Telephone: +353 17031761
NUTS code:  IE -  IRELAND
Internet address(es):
I.3)

Communication

Access to the procurement documents is restricted. Further information can be obtained at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=120182&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
to the abovementioned address
I.6)

Main activity

Railway services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Maintenance, repairs and replacement works on existing fire alarm and detection systems
Reference number:  6964
II.1.2)

Main CPV code

31625100  -  Fire-detection systems
II.1.3)

Type of contract

Services
II.1.4)

Short description

Iarnród Éireann requires the services of a suitably qualified contractor to undertake maintenance, repairs and replacement works on existing Fire Alarm & Detection systems .
The requirements under this contract will include; planned preventative maintenance, unplanned repair works and certificate submissions to IE Share point document library.
The current agreement for these services will expire in January 2018.
Iarnród Éireann wish to enter into a single party agreement for;
• the supply of Fire Detection and Alarm systems and associated equipment,
• the maintenance and repairs to services at various locations throughout the railway network.
The proposed duration of the contract is 3 years with the option to extend for 1 additional year at Iarnród Éireann’s discretion.
A pre-qualification notice is attached to this notice with more details and must be completed and returned as directed in order to be considered for tender stage.
II.1.5)

Estimated total value

Value excluding VAT: 1800.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

31625200  -  Fire-alarm systems
45312100  -  Fire-alarm system installation work
51700000  -  Installation services of fire protection equipment
75251110  -  Fire-prevention services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Throughout the Irish Rail Network
II.2.4)

Description of the procurement

Iarnród Éireann requires the services of a suitably qualified contractor to undertake maintenance, repairs and replacement works on existing Fire Alarm & Detection systems .
The requirements under this contract will include; planned preventative maintenance, unplanned repair works and certificate submissions to IE Share point document library.
The current agreement for these services will expire in January 2018.
Iarnród Éireann wish to enter into a single party agreement for;
• the supply of Fire Detection and Alarm systems and associated equipment,
• the maintenance and repairs to services at various locations throughout the railway network.
The proposed duration of the contract is 3 years with the option to extend for 1 additional year at Iarnród Éireann’s discretion.
Location Types: IE Stations, IE Staff facilities, CIE retailers, CIE/IE administration buildings, IE/ SET equipment buildings and the port of Rosslare Harbour. There are over 1,300 location types nationwide that are occupied by the public, operating staff and multi discipline safety critical engineering depots, work shops and equipment buildings.
Type of Work: The contractor will be required to undertake both planned maintenance, unplanned repairs and call out/ emergency response as described :
A: Planned Preventative Maintainance Works
• Mandatory testing/servicing of Fire Detection and Alarm Conventional /Addressable systems, Public Address Voice Alarm systems, Tunnel Linear detection systems, Lift shaft Aspiration systems and gas extinguishing systems in compliance with IS 3218 standards.
• The provision of key holder notifications via 24/7 365 call centre utilising GSM technology to existing and new systems.
• The provision of log books , certification displays at each panel and electronic issue to IE Share point document management system.
• The administration and electronic issuing of fault repairs to IE Engineer on a weekly basis.
• The CAD revisions of existing and the compiling of new Fire system safety files per location.
B: Unplanned ASSET Replacement – Minor Works
• Minor works include for the replacement of defective or non operational parts to existing Fire Alarm & Detection sytems currently installed in each Location type throughout the 3 provincial areas.
• Asset condition surveys of existing and proposed new systems.
• Handover / Acceptance testing of Third Party New Works projects.
C: The provision of Call out / Emergency Response
• The provision of call out and emergency attendences in the event of fault, loss of service or failure of Fire System nationwide.
• 24/7 Call out response within 2 hours– for fault, call centre notifications or system failures.
A pre-qualification notice is attached to this notice and must be completed and returned as directed in order to be considered for tender stage.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 1800.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
3 year agreement with the option to renew for 1 additional year
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
3 year agreement with the option to renew for 1 additional year
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: May be required for projects financed by EU funds — it is not possible at this stage to identify these projects.

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  Pre-Qualification Questionnaire is also attached to this notice and a hard copy must be completed and returned as directed.
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Pre-Qualification Questionnaire is also attached to this notice and a hard copy must be completed and returned as directed.
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Pre-Qualification Questionnaire is also attached to this notice and a hard copy must be completed and returned as directed.
III.1.4)

Objective rules and criteria for participation

List and brief description of rules and criteria: Pre-Qualification Questionnaire is also attached to this notice and a hard copy must be completed and returned as directed.
III.1.7)

Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

Pre-Qualification Questionnaire is also attached to this notice and a hard copy must be completed and returned as directed.
III.1.8)

Legal form to be taken by the group of economic operators to whom the contract is to be awarded

A grouping, if successful, must be prepared to contract as a single entity, or alternatively at Iarnród Éireann‘s discretion,each member of the group will be required to execute the contract and have joint and several liability.
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Negotiated procedure with prior call for competition
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

Framework agreement with a single operator
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: yes
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2015/S 159-293043
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  2017-11-20
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
Sept/Oct 2020 or Sept/Oct 2021 if the 1 year renewal option is used
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Chief Registrar, Four Courts,
Inns Quay
Dublin 7
IE
Telephone: +353 18886000
Internet address: http://www.courts.ie